Loren Data's SAM Daily™

fbodaily.com
Home Today's SAM Search Archives Numbered Notes CBD Archives Subscribe
FBO DAILY ISSUE OF SEPTEMBER 30, 2010 FBO #3232
SOLICITATION NOTICE

66 -- High Purity Germanium (HPGe) Detector/Identifiers

Notice Date
9/28/2010
 
Notice Type
Justification and Approval (J&A)
 
NAICS
334519 — Other Measuring and Controlling Device Manufacturing
 
Contracting Office
Other Defense Agencies, Defense Threat Reduction Agency, Defense Threat Reduction Agency (Headquarters), DTRA Annex, 8725 John J. Kingman Road, MSC 6201, Fort Belvoir, Virginia, 22060-6201
 
ZIP Code
22060-6201
 
Archive Date
10/20/2010
 
Point of Contact
Sampson B Jones, Fax: 703-767-4246
 
E-Mail Address
sampson.jones@dtra.mil
(sampson.jones@dtra.mil)
 
Small Business Set-Aside
N/A
 
Award Number
HDTRA1-10-D-0012
 
Award Date
9/20/2010
 
Description
Defense Threat Reduction Agency Contracts Office (BC) 8725 John J. Kingman Road, MSC 6201 Fort Belvoir, VA 22060-6201 JUSTIFICATION FOR OTHER THAN FULL AND OPEN COMPETITION 1. Nature and/or description of the action: The Defense Threat Reduction Agency contracting activity proposes to procure, without using full and open competition, portable radiological detection devices for its OP-CSC Technical Support Groups (TSGs) that perform tasks in support of the DTRA's mission of combating Weapons of Mass Destruction. The required detectors are called High Purity Germanium (HPGe) detector/identifiers, hereafter termed HPGes, and are manufactured by Advanced Measurement Technology, Inc (AMETEK) under the brand name ORTEC, model Detective EX-100 (DETEX-100). Advanced Measurement Technology, Inc. ( AMETEK) 801 South Illinois Ave. Oak Ridge, TN 37830-9101 Telephone: 800-251-9750 Ext 343 Fax: 865-483-0396 http://www.ortec-online.com •2. Description of the supplies/services required HPGes are extremely sensitive man-portable radiation detectors used in the interdiction and location of nuclear materials. The current DETEX-100 HPGes have been previously procured from AMETEK between FY02 and FY08. These HPGe detectors have been tested, fielded, and proven to best meet the requirements of the TSG. The CSC division therefore requests the procurement of additional HPGes for its expanding size and mission, via an Indefinite Delivery, Indefinite Quantity (IDIQ) contract with a ceiling of $9.9M. The total amount of the minimum requirement for the initial unit is approximately $132,000 for one (1) HPGe. •3. Statutory Authority The statutory authority for the utilization of Sole Source procedures for this requirement is Only One Responsible Source, 10 U.S.C. 2304(c) (1). 4. Application of Authority The requirement for portable radiological detection devices in support of the TSG Team was established in FY2002. On April 25, 2002, a sources-sought notice was solicited to industry with the required specifications to meet the TSG's mission. Only two (2) responses were received with prototype and or production units submitted for review. The two were the AMETEK/ORTEC HPGe and Canberra Falcon 5000 HPGe. After extensive testing and evaluation of the submitted devices, the AMETEK/ORTEC HPGe units were identified as the only device capable of meeting the Government's requirements and were the most accurate and reliable units among the solicitors. As a result, the DTRA procured a quantity of HPGes in support the TSG mission and developed programs of instruction and standing operating procedures (SOPs) with regard to the use and maintenance of the HPGes. All TSG members are trained in accordance with these established HPGe procedures and instructions. For the TSG's mission to be successful, all team members must utilize and be trained with standardized radiological detection devices. Therefore, a major requirement for the procurement of additional radiological detection devices is the compatibility of the new equipment with the existing equipment. As a result, AMETEK is the only source capable of meeting the Government's requirements and ensuring the compatibility of the new hardware with the existing hardware utilized by the team(s). To attempt to solicit, test, and procure these devices from an alternate source would jeopardize the readiness and success of the current program. In addition, the ability to test and validate alternate devices requires the utilization of target-rich environments coordinated with the National Laboratories where high-grade sources are available. Hence, the ability to perform these tests is contingent upon the availability of the Laboratories as well as the availability of high-grade sources. Consequently, the readiness of the TSG Team(s) would be critically impacted, and there would be unacceptable delays in the TSGs ability to perform their mission(s). Additionally, the TSGs missions require an HPGe with a minimum of 40% efficiency, which only the AMETEK/ORTEC HPGe can provide as evidenced in paragraph 7. Additional market research in FY2010 has revealed no other commercial items offered by any manufacturer which meet or exceed the portability and sensitivity requirements of the ORTEC DETEX-100 HPGe. All other HPGes are lacking in one or more critical requirements. Based on the aforementioned facts and data, the AMETEK is the only source capable of meeting the Government's requirements for a proven, fielded, tested, and validated device, which is compatible with the existing devices, current training and SOPs, and ensure no impact to the TSG's classified mission(s). 5. Effort to Solicit Potential Sources CSC has reviewed and evaluated all potential alternative devices and has not identified a viable, alternative HPGe to date. Additionally, a Notice of Intent (Solicitation Number CSC100018779) was posted to FedBizOpps on June 15, 2010 with a 15 day response period. Offerors were given the opportunity to demonstrate clear and convincing evidence that competition would be advantageous to the Government and provide any detector information that meet the specific technical standards outlined the Notice of Intent. No responses were received. 6. Fair and Reasonable Costs A price analysis of the contract will be conducted to determined fair and reasonable prices based on published price lists, Government estimates, and/or historical data. 7. Market Research CSC continues to monitor new technologies and equipment to identify potential alternative devices. As recently as June 2008, CSC has tested the Detective-EX-100-PAC-GP HPGe, the new AMETEK /ORTEC Micro-Detective HPGe, and the Canberra Falcon HPGe. The three (3) systems were demonstrated and compared as noted below: •a) The AMETEK/ORTEC Detective-EX-100-PAC-GP has a larger Germanium crystal size as compared to the Canberra Falcon system. This provides the former with a 40% efficiency rating as compared to the Falcon with a 20% efficiency rating. •b) The new AMETEK/ORTEC Micro-Detective model is similar to the Falcon providing the lower efficiency rating. •c) The Falcon model further falls short by not having the necessary electronic controls/Geo-locator which is common to both ORTEC models. As a result of this on going market research and testing, the TSG has determined that only the AMETEK/ORTEC HPGes (specifically the AMETEK/ORTEC Detective-EX-100-PAC-GP) meet the TSG mission requirements. The Canberra Falcon 5000 HPGe detector is comparable in terms of cost, but has only a 20% efficiency, which does not meet the TSG's 40% efficiency requirement. The AMETEK/ORTEC HPGe provides better transportability, possesses the required 40% efficiency rating, and includes the necessary electronic controls, including a Geo-locator. To date, there is no portable and field-usable HPGe capable of meeting the TSG requirements. 8. Other Facts This acquisition of the DETEX-100-PAC-GP is a follow-on to a prior acquisition(s) with AMETEK/ORTEC for HPGes in support the TSG classified mission(s). Standardization is a critical requirement for the TSG and the current AMETEK /ORTEC HPGes are the current, standard issue for the TSG Teams. 9. Interested Sources None 10 Subsequent Actions As the current HPGes approach the end of the life cycle and additional appropriate commercially developed devices become available from industry (beyond the prototype phase), CSC will provide a competitive package for future requirements supporting the TSG Team(s). Technical Certification I certify that the data and information forming the basis for this justification are accurate and complete to the best of my knowledge and belief. _Derek A. Mahin ________ ___ 30 June 10__ Project Manager Date Contracting Officer Certification & Determination I certify that the data and information forming the basis for this justification are accurate and complete to the best of my knowledge and belief. __ Lucy T. Jackson _______ ____ 2 July 10 __ Contracting Officer Date General Counsel Coordination This justification is/is not legally sufficient. __________________________ _______________ Attorney Date Approval Based on the above justification and findings, I hereby approve accomplishment of this acquisition by means other than using full and open competition. _________________________________________ _______________ Competition Advocate Date
 
Web Link
FBO.gov Permalink
(https://www.fbo.gov/notices/c3bee4458c32aafbec37e351647b3143)
 
Place of Performance
Address: 801 South Illinois Ave., Oak Ridge, Tennessee, 37830-9101, United States
Zip Code: 37830-9101
 
Record
SN02300326-W 20100930/100928235741-c3bee4458c32aafbec37e351647b3143 (fbodaily.com)
 
Source
FedBizOpps Link to This Notice
(may not be valid after Archive Date)

FSG Index  |  This Issue's Index  |  Today's FBO Daily Index Page |
ECGrid: EDI VAN Interconnect ECGridOS: EDI Web Services Interconnect API Government Data Publications CBDDisk Subscribers
 Privacy Policy  © 1994-2020, Loren Data Corp.